Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

  • Cyhoeddwyd gyntaf: 25 Tachwedd 2021
  • Wedi'i addasu ddiwethaf: 25 Tachwedd 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Tayside Procurement Consortium
ID Awudurdod:
AA20930
Dyddiad cyhoeddi:
25 Tachwedd 2021
Dyddiad Cau:
06 Ionawr 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Supply, installation, equipment and maintenance of the Wireless WAN infrastructure for Angus Council, Dundee City Council and Perth & Kinross Council

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Ffôn: +44 1382834024

E-bost: yvonne.graham@dundeecity.gov.uk

NUTS: UKM7

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.taysideprocurement.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure

Cyfeirnod: TPC/WIRELESS/21/09

II.1.2) Prif god CPV

50333000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure for:

Angus Council

Dundee City Council

Perth & Kinross Council

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 200 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Wireless WAN

II.2.2) Cod(au) CPV ychwanegol

32510000

II.2.3) Man cyflawni

Cod NUTS:

UKM71

UKM77


Prif safle neu fan cyflawni:

Angus area

Dundee area

Perth & Kinross area

II.2.4) Disgrifiad o’r caffaeliad

Supply, installation, equipment and maintenance of the Wireless WAN infrastructure for Angus Council, Dundee City Council and Perth & Kinross Council

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Main ITT Holding Question / Pwysoliad: 60

Maes prawf ansawdd: Support and Maintenance / Pwysoliad: 20

Maes prawf ansawdd: Competency / Pwysoliad: 20

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 200 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Perth & Kinross Council Public Wi-Fi

II.2.2) Cod(au) CPV ychwanegol

32510000

II.2.3) Man cyflawni

Cod NUTS:

UKM77


Prif safle neu fan cyflawni:

Perth & Kinross Council area

II.2.4) Disgrifiad o’r caffaeliad

Supply, delivery, installation, support and maintain a range of mesh and point-to-point wireless WAN Equipment, backhaul connections and associated managed services used for the provision of public Wi-Fi in Perth City and outlying towns in the Perth & Kinross Council area

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Holding Question Master ITT / Pwysoliad: 60

Maes prawf ansawdd: Support and Maintenance / Pwysoliad: 20

Maes prawf ansawdd: Competency / Pwysoliad: 20

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 22 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

4.2.2 The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4B.5.1/4B5.2 – Insurance -Pass/Fail

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Professional Indemnity Insurance

Employers' Liability Insurance

Public Liability Insurance

4B.6 Economic and Financial Standing – Pass/Fail

Tenderers will be required to state the value(s) from your last 2 years audited accounts for the following financial ratio(s):

Net profit for both financial years

Current ratio equal

Positive Gearing Ratio

Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity

Unqualified audit report (if an audit is required)

Managements accounts showing your current position


Lefel(au) gofynnol y safonau sydd eu hangen:

4B.5.1/4B5.2 – Insurance -Pass/Fail

Professional Indemnity Insurance – the sum of not less than 1GBP million for any one incident

Employers' Liability Insurance - the sum of not less than 10GBP million for any one incident Public Liability Insurance - the sum of not less than 5GBP million for any one incident

4B.6 Economic and Financial Standing – Pass/Fail

Tenderers will be required to state the value(s) from your last 2 years audited accounts for the following financial ratio(s):

- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.

- Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders’ funds/partners' capital accounts/owners’ equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4C1.2 Bidders will be required to provide 2 examples of contracts carried out in the past 3 years that demonstrate that they have the relevant experience to deliver the contract as described in the Specification of Requirements.

The information you provide should cover the following areas –

- a description of the goods works or services delivered

- contract value & dates.

- previous or current customer details

4C.9 Bidders require to demonstrate that they:

- - have access to 4 x 4 vehicles, a Cherry Picker and other transport for the purpose of delivering this contract

4D.1/4D1.1/4D1.2 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.


Lefel(au) gofynnol y safonau sydd eu hangen:

As above

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 06/01/2022

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 06/01/2022

Amser lleol: 13:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

September 2024 if option to extend is not exercised

September 2026 if option to extend is exercised

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19870. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The supplier shall deliver a minimum of 2 Community Benefit outcomes per annum. These are detailed within the Specification of Requirements.

(SC Ref:671029)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Dundee Sherriff Court and Justice of the Peace

8 West Bell Street

Dundee

DD1 9AD

UK

Ffôn: +44 1382229961

E-bost: dundee@scotcourts.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

24/11/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50333000 Gwasanaethau cynnal a chadw cyfarpar cyfathrebiadau radio Gwasanaethau cynnal a chadw cyfarpar telathrebu
32510000 System telathrebu di-wifr Cyfarpar a chyflenwadau telathrebu

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
yvonne.graham@dundeecity.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.